Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

Similar documents
ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

FLORIDA DEPARTMENT OF TRANSPORTATION

VENDOR GRAND TOTAL INTENDED AWARD

FLORIDA DEPARTMENT OF TRANSPORTATION QUESTIONS AND ANSWERS

BID NUMBER: ITB-DOT-14/ SJ Page 1 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID TABULATION

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

CITY OF CORALVILLE th Street, Coralville, IA

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS)

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

COUNTY OF ROCKLAND Department of General Services Purchasing Division

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS)

~'~'~,~~!~.. ~,.'L- ~~411.~. wr:m/,.~'-" ?",,-~. tp. Me\ ~ ~-.:~... ~"'-':i. "ll;j{;fi\)\~'

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

INVITATION TO BID FUEL PRODUCTS

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

PROPOSAL FORM 2014 FUEL BID

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

DELETE first sentence of first paragraph that reads: REPLACE with the following:

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

ROCK RIVER WATER RECLAMATION DISTRICT ADDENDUM NO. 1 TO THE INVITATION TO BID UNLEADED GASOLINE AND DIESEL FUELS SUPPLY ITB #

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

Purchasing Department Finance Group INVITATION TO BID

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

INVITATION TO BID (ITB)

Rachel Bozeman. Florida Fish and Wildlife Conservation Commission DATE: MARCH 31, 2016 ADDENDUM NO.: 1 BID NO.: FWC 15/16-081

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

(ADDENDUM COVER SHEET)

Department of Finance Purchasing Department INVITATION TO BID

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

Request For Bids. Sewer Cleaner Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS

1. Do the two Gillig 40 (2401H & 2402H) Hybrid have batteries, if so, what type? IPTC Response: Yes, I believe phosphate.

Central Florida Regional Transportation Authority d.b.a.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

ADDENDUM 02. To All Bidders:

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

Please answer all questions. If the answer to any question is "No" or "None", do not leave blank, but write "No" or "None.

CONTRA COSTA COMMUNITY COLLEGE DISTRICT

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

June 26, 2018 Addendum No. 02 File Reference Number: RFQ Title: Propane Powered Forklift RE: Clarifications/Questions

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

SAN ANTONIO WATER SYSTEM BEST VALUE BID for FOR GLOBAL POSITIONING SYSTEM (GPS) TRACKING SYSTEM ADDENDUM NO. 1

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

RE: ADDENDUM NO. 1 FOR Treatment Chino Basin VOC Plant, Project No

ADDENDUM #2 TO BID # BID NUMBER: ISSUE DATE: Friday, January 18, 2019

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Opened by: Leslie Gallegos, Associate Category Manager Solicitation Responses Due: Wednesday, May 6, 2015; 2:00 pm ET

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

SarasotaCountySchools.net

INVITATION TO BID (ITB)

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

CITY OF DEERFIELD BEACH Request for City Commission Agenda

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

Request For Bids. Sewer Cleaning Truck

ADDENDUM NO. I. Penny Owens, Assistant Purchasing Agent, City of Knoxville. December 1, 2017 ** (see below) at 11:00:00 a.m.

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

#2018-RFP-06. Utility Work Carts

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

TOWN OF GRAND FALLS-WINDSOR

District-Wide Prop 39, Interior LED Lighting Upgrades Pre-Conference Meeting Re-Bid No January 9 at 10:00 AM Las Positas College

Request for Quote # Armored Vehicle for Hammond Police Swat Team

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

City of Grand Forks Staff Report

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

FEDERAL SPECIFICATION METHANOL (METHYL ALCOHOL) 1.1 Scope. This specification covers three grades and four unit quantities of methanol.

KENDALL COUNTY HIGHWAY DEPARTMENT

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

ADDENDUM NO. #1 ITB # FLORIDA A&M UNIVERSITY (FAMU) FUEL STORAGE TANK INSPECTIONS December 8, 2017

IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE

Webinar Etiquette. Safety Tip: July Personal Protective Equipment Job & Home. Participants will be muted during this webinar.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

PRINTING OF BMI WHEELS

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

2018 Golf Cart Lease Sunset Valley Golf Club

May 11, 2018 On or before 2:00pm

Transcription:

FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office Joyce Plummer Joyce.plummer@dot.state.fl.us 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 ADDENDUM NO. 3 DATE: March 27, 2017 BID#: ITB-DOT-16/17-9057-JP BID TITLE: Sewer Cleaner BID DUE AND OPENING DATE: April 4, 2017 at 3:00PM Notice is hereby given of the following changes and questions and answers to the above referenced Bid: Delete pages 2 and 33 in the original bid. Add pages 2 and 33 revised 3/23/2017 Bidders must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by e-mail to joyce.plummer@dot.state.fl.us no later than the time and date of the bid opening. Failure to do so may subject the bidder to disqualification. Bidder Address Submitted by (Signature) Joyce Plummer Procurement Agent Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

(Rev. 3/23/2017) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC1420 Date: January 10, 2017 Unit of Equipment: Truck Mounted Sewer Cleaner BID SHEET VENDOR NAME: FEID#: PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA. TRUCK MOUNTED SEWER CLEANER, PER SPECIFICATIONS FC 1420, Type 3.1 Sewer cleaner: ITEM 1: Base price installed on FDOT carrier (must be finished turn-key unit): $ Manufacturer and model number of Sewer Cleaner: Delivery days after receipt of carrier. 8.7.2 Flashing arrow board FDOT APL # OPTION: MAY OR MAY NOT BE PURCHASED AT DISCRETION OF THE FDOT. OPTION 9.1 PRICE MAY BE CONSIDERED AS BASIS OF AWARD. Option 9.1 (Carrier supplied by vendor): ITEM 2 Price of complete unit installed on carrier (must be finished turn-key unit): $ Manufacturer and model of carrier, complete information enclosed: Will this carrier be supplied for the life of the contract? Yes No Delivery days after receipt of order. 8.7.2 Flashing arrow board FDOT APL # (Rev. 3/23/2017) 2

(Rev. 3/23/2017) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC1420 Date: January 10, 2017 Unit of Equipment: Truck Mounted Sewer Cleaner 8.7.1 Lockable tool boxes all keyed alike shall be provided to carry tools and accessories. Tool boxes shall be constructed of steel or aluminum with water seal. An additional Tool box with minimum dimensions of 18 in. x 18 in. x 48 in. for FDOT use shall be provided on the right side of the truck. 8.7.2 An FDOT approved flashing arrow board shall be provided mounted on the rear of the vehicle. A list of FDOT approved flashing arrow boards will be available at the following internet web link: http://www.fdot.gov/programmanagement/productevaluation/default.shtm 8.7.3 Provide amber strobe lights mounted on the vehicle, Manufacturer & Model #ECCO 7970A or 7970C or approved equivalent. 8.9 Hand light with bumper plug must be provided. 9.0 OPTIONS: May or may not be purchased at discretion of the FDOT. Option 9.1 price may be considered as basis of award all other options are not considered as part of the award. It is recognized that not all bidders offer all options listed; there is no penalty for not bidding an option. It is also recognized that some bidders may offer optional features which are standard equipment with others. The FDOT will make every reasonable effort to evaluate bids based on comparable equipment. List all prices and deliveries that apply on cost sheet. 9.1 Carrier supplied by vendor. Provide complete information on carrier proposed, delivery time and price. Carrier must be a heavy duty, air conditioned, and diesel powered truck with automatic transmission. Color must be number 13538 of FED-STD-595. DOT Yellow (DuPont Centari L9069A, Freightliner 3258, International 4421). 9.2 Provide "Block Buster" type valve to connect to jet rodding hose. 9.3 Hydraulic power tool option. 9.4 Vacuum while driving switch (vacuum breaker override). 9.5 Rear vision back up camera and monitor. 9.6 Cone storage rack. 9.7 Boom lights. 9.8 Cyclone. 9.9 Hose reel support foot. (Rev. 3/23/2017) 33

ITB-DOT-16/17-9057-JP Question: 1 After reviewing the specifications, we have the following questions: Ms. Plummer, could we get some more information on specification FC1200 please, thank you SPECIAL CONDITIONS Page 16 #6) PRICES/DELIVERY specifies a thirty (30) calendar day delivery, and pages 20-21 #31) DELIVERY LOCATION(S) specifies a sixty (60) calendar day delivery. What is the correct delivery time? EQUIPMENT SPECIFICATION 8.7.3 Amber Strobe Lights: The link to the FDOT APL does not appear to show truck mounted amber strobe lights. Please specify the acceptable APL codes for these lights. Answer: 1 The Delivery time is (60) calendar days after receipt of purchase order by the contract vendor. If more time is needed then state the extra time required and the reasons why in the bid response. Acceptance will be subject to the department s approval. Clarification 8.7.3 Provide amber strobe lights mounted on the vehicle, Manufacturer & Model # ECCO 7970A or 7970C or approved equivalent. Question: 2 Reading the boiler plate involved with this ITB Sect 43 states 43) APPROVED PRODUCTS Approved Products List (APL) is published by the Department of Transportation and maintained by the State Specifications Office as an assurance to contractors, consultants, designers and the department that certain products and materials have a basic approval generally subject to additional testing of individual lots, batches or shipments to construction projects or against maintenance purchases. The APL is available on the World Wide Web at https://fdot.gov/programmanagement/productevaluation/default.shtm To qualify as an acceptable product for this bid, the product shall be either listed in the published Department of Transportation Approved Products List or have been approved by the Department of Transportation by the day before the opening of this bid. Products provided shall be approved throughout the term of the contract Our equipment meets the specifications of the ITB and our question is whether Section 43 applies to the Base Unit or just some of the potential add on items (such as Arrow Sticks) shown on the approved manufacturer listing. Are there any Sewer Cleaners currently on the approved products list?

Answer: 2 Section 43 applies to the potential add on items (such as Arrow Sticks) shown on the approved manufacturer listing. The APL is available on the World Wide Web at http://fdot.gov/programmanagement/productevaluation/default.shtm The approved products list is not intended for mobile equipment items. Question 3: I am working on the bid package, but I cannot find an Amber Strobe Light to be mounted on a truck on the APL list. Do you have a vendor that I should contact? I have tried several vendors on the APL list with no luck. Any guidance on this matter would be greatly appreciated. Answer: 3 Clarification 8.7.3 Provide amber strobe lights mounted on the vehicle, Manufacturer & Model # ECCO 7970A or 7970C or approved equivalent.